Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

66 -- ALCATEL MODEL EQUIPMENT

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFQ5-80879
 
Point of Contact
Joyce Tsugawa, Contract Specialist, Phone (301) 286-3227, Fax (301) 286-1773, Email Joyce.F.Tsugawa.1@gsfc.nasa.gov - Deanna E. Herschell, Contract Specialist, Phone (301) 286-6640, Fax (301) 286-1773, Email herschel@pop200.gsfc.nasa.gov
 
E-Mail Address
Email your questions to Joyce Tsugawa
(Joyce.F.Tsugawa.1@gsfc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The following items constitute this requirement: ITEM 1: Qty 2 Alcatel Model ASM 122D Oil-Free Helium Leak Detector KF25 Inlet, 110/130V-50-60 HZ To include a complete and comprehensive leak detector training class which incorporates theory, application, and maintenance training. Part No.: SOROSOOMB710 REQUIRED SPECIFICATIONS: - Alcatel Model - Fast start-up time of less than 5 minutes with automatic filament activation and calibration - 5E-12 ATM/CC/SEC helium sensitivity at full pumping speed - Integrated calibrator - Full contra-flow configuration for inlet pressure up to 15 torr - Automatic crossover from massive to gross to fine leaks - Footprint less than 14.4H x 13.8W x 14D, and less than 65 lbs. - Comprehensive on-site training - Spare maintenance kit with 24-hr support ITEM 2: Qty 2 Alcatel Model Turbopack with Casters, ATP 150 turbo pump with ISO 63 inlet, ACP 28 oil-free multi-stage roots pump, air cooling, AHC 1010 vac gauge (BA & Pirrani)110/130V 50/60HZ Part No.: GCCANANN3FBO REQUIRED SPECIFICATIONS: - Alcatel Model - Single gauge from 5E-10 to 1000 MBAR - 140 L/SEC N2, 100 L/SEC HE, 80 L/SEC H2 pump speed - DN63 ISO-K inlet - 5E-10 MBAR ultimate pressure - 0.1 MBAR max continuous inlet pressure - Oil-free multi-stage roots backing pump with frictionless design - Ultimate pressure of 5E-2 torr - Pumping speed of 28 M 3/hr. - Max continuous pressure of 1000 MBAR - Vibration displacement at the inlet less than 3 UM - Air cooled - 110V single-phase power - On casters The provisions and clauses in the RFQ are those in effect through FAC 97-26. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333913 and 500 employees, respectively.= =20 The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to GSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by October 10, 2002 and may be e-mailed (jtsugaw@pop200.gsfc.nasa.gov) or faxed to 301-286-1773 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.=20 Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:=20=20 http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers and Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C. 10a-10d) 52.232.33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL:=20=20=20 http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than September 30, 2002. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any):=20=20=20 http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DC&pin=3D51 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).=20=20
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DD&pin=3D51#103218)
 
Record
SN00174008-W 20020925/020924065602 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.